NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

VECTOR NETWORK ANALYZER SYSTEM


Synopsis/Solicitation Combo - Jan 13, 2009

General Information
Solicitation Number: NNC09277992Q
Posted Date: Jan 13, 2009
FedBizOpps Posted Date: Jan 13, 2009
Original Response Date: Jan 28, 2009
Current Response Date: Jan 28, 2009
Classification Code: 59 -- Electrical and electronic equipment components
NAICS Code: 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description
 
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.

This notice is being issued as a Request for Quote (RFQ) for Vector Network Analyzer, MINIMUM TECHNICAL SPECIFICATIONS: Instrument Configuration: 1. Frequency Range: 10-MHz to 26.5-GHz 2. Four Ports 3. Two Internal Signal Sources 4. Internal Bias-Tee on each port for applying DC Bias on center conductor 5. Shall include all necessary calibration kit(s), and test cables 6. Calibration Kit(s) shall permit automatic and full calibration of the analyzer. The Calibration Kit shall require only one connector mate/de-mate cycle per port to compete a full calibration of the instrument 7. Test cables shall be flexible and incorporate 3.5-mm connectors for connection to the Device Under Test (DUT).

Measurements 8. Perform all conventional vector network analyzer measurements including but not limited to: S-Parameters, SWR, return loss, reflection / transmission coefficient, impedance / admittance, gain / loss, insertion phase, group delay, conventional amplitude and phase measurements including amplitude response, phase delay and group delay 9. Balanced Measurement capability including measuring the response to phase imbalance and amplitude imbalance sweeps of two internally generated stimulus signals 10. Frequency Conversion / Translation (Mixer) Measurements including but not limited to: a. Conversion Loss / Gain measurements (magnitude and phase) b. Port Match, Isolation c. Phase and Group Delay (in frequency translation devices) d. Intermodulation Distortion (IMD in frequency translation devices) (Note: 3rd RF source provided by NASA) e. Ability to measure relative phase and group delay of frequency translating devices without access to the local oscillators (LO). 11. Swept Gain Compression Measurement 12. Time (Distance) Domain Measurements (Time Domain Reflectometer) 13. Swept Intermodulation Distortion Measurements - IMD (Third Order Intercept Point) 14. Noise Figure Measurement (Shall be match corrected to the device under test and frequency swept) 15. Hot-S measurement capability which allows a device to be measured and characterized while the device is concurrently operating using actual 'real-world' signals 16. Upgradeable to support pulse measurements with internal pulse generators and pulse modulators 17. Include a Spectrum Analyzer feature for quick checks of the received signals and harmonics

Additional Qualitative Factors The following additional qualitative factors will be considered as part of the technical evaluation: 18. Vector/Source/Match Correction – For several advanced measurements, any impedance mismatch of the VNA to the device under test will adversely impact the measurement. Measurement uncertainty is reduced when the port impedance of the VNA is properly configured to be the conjugate match of the DUT. 19. Measurement time /speed is a consideration as the analyzer will be used to tune devices in real time. 20. Instrument specifications / performance 21. Minimize external hardware requirements – Some advanced measurements may require the addition of external hardware to perform a measurement. This external hardware represents increased measurement complexity, additional cost, and potential error sources due to operator error and changes/wear in components adapters etc. 22. Internal software aids to mitigate potential operator errors, ensure proper instrument configuration for the desired measurement, and improve repeatability / reproducibility of the measurement.

The provisions and clauses in the RFP are those in effect through FAC 05-29.

The NAICS Code and the small business size standard for this procurement are 334515 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement.

All responsible sources may submit an offer which shall be considered by the agency.

Delivery shall be FOB Destination.

Offers for the items(s) described above are due by Close of Business (COB) on 1/28/2009 to NASA GRC, ATTN: Bernadette Kan, M.S. 500-305, 21000 Brookpark Road, Cleveland OH 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml

Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions to Offerors-Commercial Items, which is incorporated by reference.

If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin.

FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: Addenda to FAR 52.212-4 are as follows: 52.247-34 F.o.b. Destination. (NOV 1991),1852.215-84 Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form). (APR2002), 1852.225-70 Export Licenses. (FEB 2000) (a) The Contractor shall comply with all U.S. export control laws and regulations, including the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through 130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, in the performance of this contract. In the absence of available license exemptions/exceptions, the Contractor shall be responsible for obtaining the appropriate licenses or other approvals, if required, for exports of hardware, technical data, and software, or for the provision of technical assistance. (b) The Contractor shall be responsible for obtaining export licenses, if required, before utilizing foreign persons in the performance of this contract, including instances where the work is to be performed on-site at NASA Glenn Research Center 21000 Brookpark Rd. Cleveland, Ohio 44135, where the foreign person will have access to export-controlled technical data or software. (c) The Contractor shall be responsible for all regulatory record keeping requirements associated with the use of licenses and license exemptions/exceptions. (d) The Contractor shall be responsible for ensuring that the provisions of this clause apply to its subcontractors.

FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable to FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6 (With Alt 1) Restrictions on Subcontractor Sales to the Government 3.503-1, 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns 19.1308(b), 52.219-8 Utilization of Small Business Concerns 19.708(a), 52.219-28 Post Award Small Business Program Representation 19.308(d), 52.222-3, Convict Labor (JUN 2003) (E.O. 11755), 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2007) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.222-39 Notification Employee Rights Concerning Payment of Union Dues or Fees 22.1605(a), 52.222-50, Combating Trafficking in Persons (AUG 2007) (Applies to all contracts), 52.225-1, Buy American Act - Supplies (JUN 2003) (41 U.S.C. 10a-10d), 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332)

The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html

The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

All contractual and technical questions must be in writing (e-mail or fax) to Bernadette Kan not later than 1/21/2009. Telephone questions will not be accepted.

Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).

Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract.

An ombudsman has been appointed -- See NASA Specific Note "B".

Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Any referenced notes may be viewed at the following URLs linked below.


Point of Contact
Name:Bernadette J. Kan
Title:Contract Specialist
Phone:216-433-2525
Fax:216-433-2480
Email:Bernadette.J.Kan@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: